Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

70 -- Haystack Gold Logistics

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0381
 
Response Due
7/29/2016
 
Archive Date
8/13/2016
 
Point of Contact
Courtney Olszak 757-443-1320 Courtney Olszak, 757-443-1320
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PRN6756216RCRA084. A subsequent solicitation document will not be issued. This combined synopsis/solicitation shall be posted on NECO (https://www.neco.navy.mil/). The RFQ number is N00189-16-T-0381. Fleet Logistics Center Norfolk intends to purchase the following supplies: 0001. HAYSTACK Gold Logistics Service via the Internet with Updating Service (1 Site with 8 licenses). 0002. HAYSTACK Gold APL/AEL Service via the Internet with Updating Service (1 Site with 8 licenses). 0003. ASME-American Society of Mechanical Engineers Standard Service Complete via the Internet with Updating Service (Include PCNs ES532 and ES53A). 0004. ASTM-American Standards for Testing and Materials Complete Standards Service via the Internet with Updating Service. 0005. License for Application and Services. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-81 and DFARS Change Notice 20150420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil. New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. Pricing MUST be good for 30 calendar days after close of Buy. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. 52.204-7 Central Contractor Registration (OCT 2003); 52.204-13 SAM Maintenance (JULY 2013); 52.204-19 Incorporation by Reference of Representations and certification (Dec 2014) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under a Federal Law 52.212-1 Instructions to Offerors 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2013) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUGUST 2013) 52.219-28 Post Award Small Business Program Representation (JULY 2013) 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014), 52.222-21 Prohibition of Segregated Facilities (APR 2015), 52.222-26 Equal Opportunity (APR 2015), 52.222-36 Affirmative Action for Workers with Disabilities (JULY 2014), 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer -- SAM (JUL 2013); 52.215-5 Facsimile Proposals (To Courtney Olszak at 757-443-1971 “ fax) 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “ Representation and Certifications (DEC 2012) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontrators (DEC 2013) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements--Representation 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management (MAY 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dec 2013) 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers (SEP 2010) 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (NOV 2014) 252.225-7001 Buy American Act and Balance of Payments Program (DEC 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7010 Levies on Contract Payments 252.239-7009 Representation of Use of Cloud Computing (SEP 2013) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) Section 508 This procurement is for Electronic and Information Technology (EIT). Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section 508.gov. ¯ At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by July 29, 2016 at 5:00 P.M. Offers can be emailed to courtney.olszak@navy.mil, or faxed to 757-443-1971. Reference PR#: N6756216RCA084 on your proposal. The NAICS code is 511210 ($38.5M). System for Award Management (SAM): Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0381/listing.html)
 
Record
SN04196697-W 20160728/160726235335-353fbab09fc7cee332380822e22ce89d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.